Sole Source to HII Fleet Support LLC for S1000D PDF Publisher Technical Support Services per attachments
ID: N61331-24-T-KS50Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Panama City Division, intends to award a sole source contract to HII Fleet Support LLC for S1000D PDF Publisher technical support services. This procurement aims to secure essential services for maintaining and upgrading the PDF Publisher software, which is critical for the Navy's Common Source Database utilized by fleet users and technical manual developers. HII Fleet Support Group LLC, as the original developer of the software, possesses unique qualifications and proprietary information necessary for this support, making them the only viable contractor for this requirement. Interested parties should submit their quotes, including a capabilities statement and proof of past performance, by the specified deadline to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil or Jamell Kilgore at jamell.kilgore@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sole Source Justification for the purchase of S1000D PDF Publisher technical support services by the Naval Surface Warfare Center Panama City Division (NSWC PCD). It outlines the decision to award a contract on a sole source basis to HII Fleet Support Group LLC for a period of 12 months, with options for three additional years. The services are essential for maintaining and upgrading the PDF Publisher software that provides critical documentation for the Navy's Common Source Database, used by fleet users and technical manual developers. HII FSG, as the original developer of the software, possesses unique qualifications and proprietary information necessary for this support, making them the only viable contractor. The Contracting Officer determined that this acquisition represents the best value, and no alternative sources were found to meet the agency's requirements. The justification emphasizes the risks associated with using an alternate source, including potential inaccuracies in technical manuals that could jeopardize safety and operational integrity. A synopsis of this requirement will be posted on SAM.gov, fulfilling federal procurement protocols.
    The document outlines the contract terms, conditions, and performance requirements associated with government procurement, particularly emphasizing invoicing protocols and administrative responsibilities. It details important sections, including delivery terms (F.O.B. Destination) and electronic payment submission guidelines. Key contract clauses highlight limitations on influencing federal transactions, contractor information protections, and various prohibitions related to telecommunications and technology sourced from certain entities. Additionally, it stipulates the necessary representations for contractors, including compliance with confidentiality agreements and payment protocols for small businesses. Specific instructions on contract administration and points of contact for inquiries are included. The document also emphasizes organizational operations, specifying working hours, holiday observance, and the handling of invoices and contractor responsibilities during adverse events. The overall purpose revolves around maintaining effective contract management practices while ensuring compliance with federal acquisition regulations, ultimately supporting government objectives in procurement processes.
    Lifecycle
    Similar Opportunities
    SMIS Tech Care FY24
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking to procure warranty and support services for Hewlett Packard Enterprise (HPE) products under a sole source contract titled "SMIS Tech Care FY24." The procurement involves brand name warranties, hardware support, helpdesk services, and software updates for existing HPE equipment, which is critical due to the proprietary nature and compatibility requirements of the technology. This opportunity is justified under the Federal Acquisition Regulation for limited competition, as HPE is the sole provider capable of meeting the specific needs of the existing equipment. Interested parties can reach out to Jordan Farber at jordan.a.farber.civ@us.navy.mil or Christina Burchett at christina.m.burchett.civ@us.navy.mil for further details.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    Special Notice For Sole Source ProQuest
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order to ProQuest for Library Web Database Services. This procurement will utilize Simplified Acquisition Procedures under FAR Part 13 and will be conducted as Other Than Full and Open Competition, as permitted by FAR 6.302-1. The services are critical for supporting the Navy's library and archival needs, ensuring access to essential information resources. The anticipated award date for this contract is September 16, 2024, and any challenges to this sole source must be submitted in writing to Sarah Schultz at sarah.p.schultz.civ@us.navy.mil for consideration.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
    SOLE SOURCE - NULKA MK 234 ADAP PROGRAM ENGINEERING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane (NSWC-CR), is seeking engineering services for the Nulka MK 234 Advanced Decoy Architecture Program (ADAP). The procurement aims to provide comprehensive engineering, technical, maintenance, and sustainment services, as well as research and development support for the ADAP payload program, which includes all versions and variants of the system. This contract is critical for ensuring the operational readiness and effectiveness of the Nulka decoy systems, which play a vital role in naval defense strategies. Interested parties must submit their capability statements or proposals by the closing date of September 18, 2024, at 4:00 PM EDT, and inquiries should be directed to Jackson Stone at jackson.t.stone2.civ@us.navy.mil. The contract is anticipated to cover a base year with two option years, totaling three years of performance.
    Red Gate Software Subscription Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a subscription service for Red Gate Software on a sole-source basis from Red Gate Software Limited, based in the United Kingdom. This procurement is essential as the software must be compatible with existing systems at the Naval Air Warfare Center Weapons Division in China Lake, CA. The opportunity is not open for competitive proposals; however, interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, by email to Terryl Mitchell by the deadline of five days after the publication of this notice. For further inquiries, interested parties can contact Terryl Mitchell at terryl.n.mitchell.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.